Opportunity

SAM #SPRPA126RYB37

Procurement of Flight Critical Shipboard System Components for Naval Aircraft Launch and Recovery

Buyer

DLA Aviation Philadelphia

Posted

May 04, 2026

Respond By

May 18, 2026

Identifier

SPRPA126RYB37

NAICS

336413, 336419, 336415

DLA Aviation Philadelphia is seeking to procure flight critical shipboard system components essential for aircraft launch and recovery operations on naval vessels. - Government Buyer: - Defense Logistics Agency (DLA) Aviation, Philadelphia, PA - Managed by DLA Aviation at Philadelphia, DLR Procurement Operations (AP) - OEMs and Vendors: - Components must be manufactured in accordance with Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) drawings and specifications - Engineering source approval required by Naval Air Systems Command (NAVAIR) - Products/Services Requested: - Multiple flight critical shipboard system components, each with specific NAWC Lakehurst part numbers (e.g., 3890AS000481-01, 3890AS000570-01, 3890AS000575-01, 3890AS000566-01, 3890AS001172-01, 3890AS002122-01, 3890AS002130-01, 3890AS002132-01) - Services include first article testing, interim and final inspection support, and quality assurance/certification - Unique or Notable Requirements: - All items are classified as Critical Safety Items (CSI) and require strict traceability and quality assurance - First article testing, interim and final inspections, and certifications by NAWCADLKE QA and DCMA are mandatory - Compliance with MIL-STD-130, MIL-STD-2073, AWS welding standards, and all referenced NAWC Lakehurst specifications - All non-destructive testing (NDT) must be performed by NADCAP or ISO 17025 accredited laboratories - Only companies with NAVAIR source approval or those submitting a Source Approval Request are eligible - Procurement is issued under Emergency Acquisition Flexibilities

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT 8 ISO 9001 or its equivalent STOP-WORK ORDER (AUG 1989) 1 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 INVOICE AND RECEIVING REPORT (COMBO) TBD SPRPA1 TBD TBD SEE SCHEDULE TBD N/A NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 robyn.grinarml@dla.mil VALUE ENGINEERING (JUN 2020) 3 INTEGRITY OF UNIT PRICES (NOV 2021) 1 EQUAL OPPORTUNITY FOR VETERANS (DEV 2026-O0040)(FEB 2026) 4 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003) 6 12 MONTHS AFTER THE DATE OF THE LAST DELIVERY UNDER THIS CONTRACT, 45 DAYS AFTER THE DATE OF THE LAST DELIVERY UNDER THIS CONTRACT SMALL BUSINESS SUBCONTRACTING PLAN (DEV 2026-O0037)(FEB 2026) 4 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026) 4 TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024) 2 FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (DEV 2026-O0042)(FEB 2026) 10 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 WARRANTY OF DATA-BASIC (DEVIATION 2026-O0035) (FEB 2026) 2 LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997) 1 ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008) 1 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA --MODIFICATIONS (DEV 2026-O0048)(MAR 2026) 7 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS-PROHIBITION (DEC 2023) 12 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024) 5 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024) 1 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026) 13 ROYALTY INFORMATION (APR 1984) 1 COST ACCOUNTING STANDARD NOTICES AND CERTIFICATION (DEV 2026-O0006)(FEB 2026) 1 REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018) 1 Submit .pdf proposal and all supporting docs by email. NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) 2 ONLY ONE OFFER (DEVIATION 2026-O0048)(MAR 2026) 1 EVALUATION OF FIRST ARTICLE TESTING 3 This is a NEW SPARES requirement. No drawings are available for this requirement. This Solicitation is being issued under Emergency Acquisition Flexibilities (EAF), formerly known as Special Emergency Procurement Authority (SEPA). For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.246-9004, Product Verification Testing, is incorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. All Clauses not applicable to this document are self-deleting. 1. SCOPE 1.1. Markings shall be in accordance with MIL-STD-130. 1.2 PRE-AWARD / POST AWARD REQUIREMENTS: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. 1.3 The components being acquired under this solicitation have been classified as Flight Critical requiring engineering source approval by the Naval Air Systems Command. Only those companies who have submitted requests for source approval and been approved will be eligible for award under this solicitation. Any company not previously approved may submit a Source Approval Request to the contracting officer, Naval Inventory Control Point, (See Block 10 of the SF33 for name and code). The Source Approval Request shall contain the following documentation and shall be submitted by the closing date of this solicitation: (A) Copy of complete configuration drawings for a similar item(s) which your company has produced within the past three years, including test procedures for which your company (1) has been qualified to manufacture and (2) which is similar, i.e., requires the same materials, manufacturing processes, inspections, tolerances and similar application as the item(s) for which you are seeking approval. (B) Copy of the complete process/operation sheets used to manufacture the similar item, including but not limited to, detailed shop sketches. These plans must note those operations and processes performed by subcontractors/ vendors. (C) Complete copies of purchase orders, shipping documents, etc. that document delivery of production quantities of the part to the Original Equipment Manufacturer or Military service. Provide the most recent copies of the documents. (D) A detailed comparative analysis of the differences/similarities between the similar part and the part(s) for which you are seeking approval. This analysis should include materials, configuration, tolerances, process requirements, dimensions, castings, forgings, etc. (E) Copy of inspection method sheets used in the manufacturing and at final inspection. These sheets should include actual tolerance, print requirements, inspection devices, sources performing the operation and level of inspection. Critical characteristics should be discernible from all other characteristics. The above requirements are a subset of requirements specified in the ASO Source Approval Information Brochure dated January 1995. The submission of this data subset is contingent upon and in consideration of the submitting contractor meeting all other requirements specified in this solicitation to include a bilateral agreement with MDA which includes availability of complete data, MRB disposition, etc. Any company not having such agreement, but desiring to seek engineering source approval, will be required to submit data meeting all requirements of the ASO/NAVICP Source Approval Brochure. 1.4 Sampling rates (AQLs) indicated below shall be used in accordance with ANSI Z1.4 for Single Sampling and a General Inspection Level of II. 1.5 In addition to the 100% PCO Mandatory, critical and major characteristics, attributes for plating, hardness and non-destructive testing will be inspected one hundred percent. 1.6 Contractor shall develop a system for identification of individual piece parts for traceability purposes. Markings shall not be permanent. 1.7 An AQL of 1.5 will be used for Class 3 threads and dimensions, and geometric feature controls with a tolerance range of .010 or less. 1.8 For minor characteristics, a sampling rate determined by the contractor and subject to QAR approval will be used. 1.9 The material covered in this contract/purchase order will be used in a crucial shipboard system enabling the launch and/or recovery of aircraft. The use of incorrect or defective material would create a high probability of failure resulting in a serious personnel injury, loss of life, loss of vital shipboard systems or loss of aircraft. Therefore, the material has been designated as Critical material and special control procedures are invoked to ensure receipt of correct material. 1.10 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NAWC LAKEHURST; drawing number ( ;30003; ) ;3890AS000481-01; , Revision ;LATEST; and all details and specifications referenced therein. 1.11 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.12 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. 2. APPLICABLE DOCUMENTS DRAWING DATA=3890AS000481-01 |30003| N| |D| | | | DRAWING DATA=3890AS000566-01 |30003| D| |D| | | | <!-- Additional document data entries omitted for brevity --> 3. REQUIREMENTS Interim Inspection Requirements: The following item(s) requires an Interim Inspection at the contractor's location: P/N 3890AS000570-01; Spacer, Insulation, SCR (CSI): Verification of material certification requirements per Note 6 of Drawing 3890AS000570-01 (C1) Witness of dimensional inspection per Drawing 3890AS000570-01 (C2-C6). P/N 3890AS000575-01; Strap, Compression (CSI): Witness of load rating test and tensile test per Note 6 of Drawing 3890AS000575-01 (C101). ALRE CSI parts require certification. When certified, an ALRE part is marked with a Material Identification Code (MIC). NAWCADLKE QA will provide the MIC to DCMA if the component is source accepted, and after receipt of all associated data. Application of MIC shall be in the same methodology as the drawing note for part marking, and in same area as part marking (next to, above, or below). <!-- Additional requirements omitted for brevity --> Additional Links: See Solicitation SPRPA126RYB37

View original listing